Federal Bid

Last Updated on 23 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Point Texas

USCG Yard - Airbus Defense Items

Solicitation ID HSCG40-16-Q-40448
Posted Date 20 Jul 2016 at 6 PM
Archive Date 23 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Point Texas United states
THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO [email protected] OR FAXED TO 510-637-5978.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 (MAY 2015) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued.

The NAICS code for this solicitation is 336611 and the Small Business Size Standard is no more than a 1000.

This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency along with all required documents. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer.

It is the Government's belief that only Airbus Defense and Space, Inc.. and/or their authorized facilities, can obtain the required technical and engineering data, and genuine OEM parts, required to successfully procure these items. All quotes will be considered if received NLT 8 Aug 2016 8am EST. AWARD WILL BE MADE ON OR ABOUT 15 August 2016. THIS NOTICE IS NOT SET ASIDE FOR A SMALL BUSINESS.

ITEM #1: Dry Air Maint Kit
PART#: 80083021
NSN: 4310-01-643-3362
DESC/SPEC:
DRY AIR MAINTENANCE KIT, MFR P/N: 80083021
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #5
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 3 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #2: Filter Element
PART#: 317088
NSN: 4330-12-372-3298
DESC/SPEC:
FILTER ELEMENT, FLUID, ASSY #A5A15A1802, MFR P/N: 317088
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #5
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
QUANTITY: 5 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #3: Main Filter Element
PART#: 80075220
NSN: 4330-12-389-3738
DESC/SPEC:
MAIN FILTER ELEMENT, MFR P/N: 80075220
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #5
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 2 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #4: Coupling Half, Quick Disconnect
PART#: 5L.6825.006.26
NSN: 4730-01-642-7727
DESC/SPEC:
COUPLING HALF, QUICK DISCONNECT, MFR P/N: 5L.6825.006.26
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #5
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 6 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #5: Chopper, Electronic
PART#: 54.2897.172.00
NSN: 5945-12-317-5740
DESC/SPEC:
CCA, CHOPPER Z100A; ASSY #A4A3A15; MFR P/N: 54.2897.172.00
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #4
EACH UNIT TO HAVE ELECTROSTATIC
PROTECTION IAW TYPE III, CLASS I OF MIL
-B-81705E W_AMENDMENT 1 DTD 02/08/2010.
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, TO COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
QUANTITY: 3 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #6: Circuit Card Assembly
PART#: 54.2890.693.00
NSN: 5998-12-374-3692
DESC/SPEC:
CIRCUIT CARD ASSEMBLY; ASSY #A3A42A107; MFR P/N: 54.2890.693.00
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR, RACK #3
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
QUANTITY: 2 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #7: Power Supply
PART#: 54.1119.350.26
NSN: 6130-12-370-0372
DESC/SPEC:
POWER SUPPLY; ASSY #A3A6A6; MFR P/N: 54.1119.350.26
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR, RACK #3
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: MIL-STD-2073-1E
W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #8: Power Supply
PART#: 54.1150.602.01
NSN: 6130-12-374-3665
DESC/SPEC:
TRANSMITTER CONTROL POWER SUPPLY, ASSY #A3A10A2, MFR P/N: 54.1150.602.01
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #3
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #9: Power Supply
PART#: 54.1119.350.23
NSN: 6130-12-374-3909
DESC/SPEC:
POWER SUPPLY, ASSY #A3A6A3, MFR P/N: 54.1119.350.23
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, RACK #3
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/0611
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #10: Power Supply
PART#: 54.1151.470.00
NSN: 6130-12-384-2242
DESC/SPEC:
TX LOW VOLTAGE POWER SUPPLY, ASSY #A3A13, MFR P/N: 54.1151.470.00
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR, RACK 3
EACH UNIT TO HAVE ELECTROSTATIC
PROTECTION IAW TYPE III, CLASS I OF MIL
-B-81705E W_AMENDMENT 1 DTD 02/08/2010.
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #11: Control, Data Transmission
PART#: 54.1150.251.00
NSN: 7035-12-374-3947
DESC/SPEC:
ETHERNET SWITCH; ASSY #A2A3-O, MFR P/N: 54.1150.251.00
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR, RACK 2
EACH UNIT TO HAVE ELECTROSTATIC
PROTECTION IAW TYPE III, CLASS I OF MIL
-B-81705E W_AMENDMENT 1 DTD 02/08/2010.
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP-PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP-PP&M-001 DTD 06/06/11
BAR CODING REQUIRED TO COMPLY WITH THE FOLLOWING:
SFLC SP-PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

ITEM #12: Receiver, Subassembly
PART#: 54.3060.360.00
NSN: 5840-12-374-3935
DESC/SPEC:
RECEIVER SUBASSEMBLY, RADAR; ASSY #A23A4; MFR P/N: 54.3060.360.00
END USE: USED ON USCG 418 FT WMSL TRS-3D RADAR SYSTEM, ANTENNA
EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING:
MIL-STD-2073-1E W/CHANGE 17, METHOD 10
ASTM-D-3951-10
SFLC SP PP&M-001 DTD 06/06/11
EACH ITEM TO BE INDIVIDUALLY MARKED IAW THE FOLLOWING:
MIL-STD-129P W/CHANGE 4
SFLC SP PP&M-001 DTD 06/06/11
BAR CODING REQUIRED, COMPLY WITH THE FOLLOWING:
SFLC SP PP&M-001 DTD 06/06/11
QUANTITY: 1 EACH UNIT PRICE: ___________ TOTAL:___________

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

Delivery Date of 16 Aug 2016 (or soonest available date)

The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room - Bldg88A, Baltimore, MD 21226-5000.

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.

OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:
Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011) of 52.219-6. (iii) Alternate II (NOV 2011) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (JUL 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (JUN 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (APR 2015)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (JUL 2013) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)(31 U.S.C. 3332). The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Aug 2020 at 9 PM
Location Unknown 25 Sep 2019 at 2 PM
Location Unknown 16 Jul 2019 at 12 PM
Location Unknown 21 Aug 2019 at 11 AM
Oklahoma city Oklahoma 25 Jun 2020 at 9 PM